UK-Sharnbrook: School catering services.

UK-Sharnbrook: School catering services.
Section I: Contracting Authority
I.1) Name and addresses
Sharnbrook Academy Federation
Sharnbrook Academy, Odell Road, Sharnbrook, MK44 1JL, United Kingdom
Tel. +44 1276673880, Email: tenders@litmuspartnership.co.uk
Main Address: https://www.saf.org.uk/
NUTS Code: UKH2
I.2) Joint procurement
The contract involves joint procurement: No.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: No.
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://litmustms.co.uk/respond/Y3ER8G2Z9X
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Education

Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Sharnbrook Academy Federation ~ Tender for Catering Services
Reference Number: Not provided
II.1.2) Main CPV Code:
55524000 - School catering services.

II.1.3) Type of contract: SERVICES
II.1.4) Short description: SAF is a Multi-Academy Trust that exists to provide an outstanding education for all students, ‘putting their progress at the heart of
everything we do’. SAF consists of 5 schools – all of which are included within this OJEU tender. The contract offered covers the scope for the provision of all catering services within SAF which currently includes before school (Sharnbrook), morning break, lunch, all hospitality and free issue requirements.
II.1.5) Estimated total value:
Value excluding VAT: 4,199,530
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV codes:
Not Provided
II.2.3) Place of performance:
UKH2 Bedfordshire and Hertfordshire

II.2.4) Description of procurement: The contract offered covers the scope for the provision of all catering services within SAF which currently includes before school (Sharnbrook), morning break, lunch, all hospitality and free issue requirements. Free School meals are to be charged per pupil that takes a meal (on uptake) with a margin attached, and hospitality will be charged based on consumption and at net food cost.

Whilst the School prioritises value for money as a key objective of the selection process, SAF is not obliged to accept the lowest price.
SAF expects the successful contractor to enable the continued development of catering through the provision of an innovative, healthy food service, with fresh, seasonal, locally sourced ingredients being prepared on-site. SAF expects the service delivery to be Covid 19 safe and meet all school meal regulations.

SAF believes that success should be celebrated and that pupils should enjoy their time at school; if lessons are stimulating and challenging then students will love learning. SAF are continually seeking ways to improve and develop the ethos and environment for students and staff, to give them the facilities they deserve and need to meet the challenges of the 21st Century. They seek a catering ‘partner’ to assist them in achieving these goals.

SAF would also like to consider proposals for capital investment in the schools, with further detail to be released in the catering specification.
Sales across all schools for the annual period 1st August 2018 - 31st July 2010 (before covid disruption) were £839,906 and therefore the value of this contract over the maximum potential of a 5 year term, is £4,199,530

• Please be advised that this contract will be let on a 3+2 basis.
• Please be advised that the catering service is currently contracted to Chartwells where the current contract will cease on 31st December 2020
• Please be advised that the School has a minimum requirement for a contractor’s employer liability/ public liability and professional indemnity insurance of £10m
• The minimum annual turnover that your company must have achieved to be considered for this opportunity is £5m
• Please note that there are currently members of staff in the Local Government Pension Scheme (LGPS)
• Please note that this is a growing Trust. Should any other schools join this Trust during the course of this contract, these schools may, at the discretion of the client, be added to this contract.

More details can be found in the SQ Document, available to download via LTMS.
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: Not provided
Currency: Not provided
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 01/01/2021 / End: 31/12/2025
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 5
/ Maximum number: 10
Objective criteria for choosing the limited number of candidates: Minimum of 5 suppliers and a maximum of 10 suppliers will be taken forward to the tender stage of the process.Where less than 5 suppliers meet the minimum standards, only those that meet the minimum standards will betaken through to the tender stage. Where more than 5 suppliers meet the minimum standard, those suppliers with the highest scores will proceed to the tender stage.
II.2.10) Information about variants:
Variants will be accepted: Yes
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: Not provided


Section III: Legal, Economic, Financial And Technical Information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
Not Provided
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No

III.2) Conditions related to the contract
III.2.1) Information about a particular profession
Reference to the relevant law, regulation or administrative provision:
Not Provided
III.2.2) Contract performance conditions
Not Provided
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No

Section IV: Procedure
IV.1) Description RESTRICTED
IV.1.1) Type of procedure: Restricted

IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement - NO
The procurement involves the setting up of a dynamic purchasing system - NO
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided


IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure:
Notice number in the OJ S: Not provided
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 21/08/2020 Time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 04/09/2020
IV.2.4) Languages in which tenders or requests to participate may be submitted: English,
IV.2.6) Minimum time frame during which the tenderer must maintain the tender: Not Provided


Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: No
Estimated timing for further notices to be published: Not provided
VI.2) Information about electronic workflows
Electronic ordering will be used No
Electronic invoicing will be accepted No
Electronic payment will be used No
VI.3) Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://litmustms.co.uk/tenders/UK-UK-Sharnbrook:-School-catering-services./Y3ER8G2Z9X

To respond to this opportunity, please click here:
https://litmustms.co.uk/respond/Y3ER8G2Z9X
VI.4) Procedures for review
VI.4.1) Review body:
Sharnbrook Academy Federation
Sharnbrook, MK44 1JL, United Kingdom
VI.4.2) Body responsible for mediation procedures:
Not provided
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Not Provided
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
VI.5) Date Of Dispatch Of This Notice: 17/07/2020

Annex A